Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 15, 2009 FBO #2821
SOLICITATION NOTICE

66 -- Vis-NIR Spectrophotometer

Notice Date
8/13/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423490 — Other Professional Equipment and Supplies Merchant Wholesalers
 
Contracting Office
Department of Agriculture, Agricultural Research Service, South Atlantic Area, Area Office, 950 College Station Rd., Athens, Georgia, 30605, United States
 
ZIP Code
30605
 
Solicitation Number
RFQ-028-4384-09
 
Archive Date
9/12/2009
 
Point of Contact
Patricia L Jones, Phone: 706-546-3533
 
E-Mail Address
pat.jones@ars.usda.gov
(pat.jones@ars.usda.gov)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. The solicitation number RFQ-028-4384-09 is issued as a request for quotations and incorporates provisions and clauses that are in effect through FAC2005-32. The NAICS code applicable to this acquisition is 423490. The small business size standard is 500 employees. This procurement is unrestricted. CLIN 1 - QTY 1 - Vis-NIR Spectrophotometer SPECIFICATIONS: Specifications for a Vis-NIR Spectrophotometer USDA ARS has a requirement for a Vis-NIR Spectrophotometer. A rapid, high resolution spectrophotometer system that allows for quantification of important physical properties of cotton fiber that would include: micronaire, length, strength, color, and foreign matter (trash). Raw cotton fiber (lint) is rather inhomogeneous so in order to adequately characterize its physical properties, the instrument must be capable of scanning relatively large areas of cotton (of the order of 2,000 mm2). Efficiency of use relative to the large number of samples we require would dictate single scan times of the order of 2 sec. or less. System shall include: 1. Must be capable of scanning / sampling large scan area (> 2,000 mm2) in reflectance mode without manual operator assistance. 2. Single scan speed, covering entire spectral range, of 2 seconds or less (including operator time). 3. Must be capable of collecting the spectra in both visible and NIR region (400 - 2500 nm). 4. Sample holder with scan area >2,000 mm2. 5. Mean Signal: Noise of 80,000:1 in the NIR region. 6. Shall be convenient in switch from reflectance to transmittance mode. 7. Shall contain an auto-checking program that indicates the status of the system. 8. Shall have 1 year warranty on parts and labor. 9. Shall operate on 115 v line current. Delivery requirement: Delivery shall be FOB Destination to Clemson, SC. Delivery time is 6 to 8 week ARO. Quoted price shall include all delivery costs. Evaluation will be based on price and capability of equipment to meet specifications. The government anticipates award of a contract resulting from this solicitation to the responsible offeror whose offer conforming to the specifications will be most advantageous to the Government. PAYMENT: Any award made under the solicitation is subject to 31 CFR Part 208 which requires all payments made by the government to be made by electronic funds transfer. Please note on your proposal if you will accept a government purchase (VISA) card. This solicitation incorporates the following FAR clauses, provisions and addendums: 52.212-1 Instructions to Offerors-Commercial Items: 52.212-3 Offeror Representations and Certifications-Commercial Items - annual representations and certifications are required. Offers shall include a statement as follows on their offer: the offeror vertifies by submission of this offer that the representations and certifications currently posted electronically at http://orca.bpn.gov have been entered or updated n the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer and are incorporated in this offer by reference, except for paragraphs _____________; 52.212-4 Contract Terms and Conditions-Commercial Items; 52-212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders- Commercial Items. In paragraph B of 52.212-5, the following apply: 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222.36, 52.223-15, 52.223-16, 52.225-3, 52.225-13, 52.225-33, and 52.211-6. In the event the vendor will accept payment via the Government Purchase Card (VISA), the vendor shall annotate on its offer that it will accept the purchase card, and clause 52.232-33 will be superseded by clause 52.232-36. All sources wishing to provide a quotation must respond by 5:00 PM, August 28, 2009. Quotations should be addressed to USDA Agricultural Research Service, 950 College Station Rd, Athens, GA 30605-2720 (or POB 5677, Athens, GA 30605-5677). POC Patricia Jones, Purchasing Agent, 706/546-3533. Faxed or emailed responses are not acceptable. All responses will be evaluated to determine the equipment's capability to meet the above requirements. The Government shall award a contract resulting from this solicitation to the responsive/responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government per FAR 13.106-2. Responses shall include year of manufacture, technical specifications, descriptive material, and capabilities of the offerors equipment. Offerors shall identify where the offered item meets or does not meet each of the Government's functional and performance minimum specifications listed herein. Offeror shall include references (including names and contact information for individuals familiar with the transaction) of three firms for which similar equipment was provided. The anticipated award date is September 8, 2009. All responsible sources may submit a quotation which shall be considered by the agency.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/ARS/SAA-GA-A/RFQ-028-4384-09/listing.html)
 
Place of Performance
Address: USDA ARS Cotton, Quality Research Station, Ravenel Center, Room 10, Ravenel Center Road, Clemson University, Clemson, South Carolina, 29633-0792, United States
Zip Code: 29633-0792
 
Record
SN01910895-W 20090815/090814000632-257545932f83c9a36d7706c77a8518c5 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.